SOURCES SOUGHT
99 -- SOF Advanced Skills Training Facility Annex and HAZMAT Facilities
- Notice Date
- 1/21/2020 7:24:05 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403 USA
- ZIP Code
- 28403
- Solicitation Number
- W912PM20R0007
- Response Due
- 2/17/2020 11:00:00 AM
- Archive Date
- 03/03/2020
- Point of Contact
- Cameron Cox, Michael Mullen
- E-Mail Address
-
Cameron.D.Cox@usace.army.mil, michael.m.mullen@usace.army.mil
(Cameron.D.Cox@usace.army.mil, michael.m.mullen@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE FOR PN 79439.2 SOF Advanced Skills Training Facility Annex and HAZMAT Facilities Fort Bragg, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.� The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to construct a SOF Advanced Skills Training Facility Annex and HAZMAT Facilities. The scope of work includes: construction of a single story administrative offices, Classrooms, conference room, lounge area, instructional lab classrooms, ADA compliant restrooms for both students and cadre as well as locker rooms and showers, storage and supply space approximately 24,500 SF. Secured storage for high valued technical equipment, a large garage area with vehicle lifts, support rooms for secured communications, and open office areas for instructor offices. Built-in building systems include fire alarm/mass notification, fire suppression, energy management controls, telephone, advanced unclassified and classified communication networks, cable television, intrusion detection, closed circuit surveillance, electronic access control, custom exhaust systems and equipment for lab instruction. Supporting facilities include site preparation, utilities (electrical, water, sanitary sewer, natural gas, chilled water, an information system), lighting, vehicle parking, access drives and roads, curb and gutter, sidewalks, storm drainage, landscaping, and other site improvements. Special construction includes a controlled access area, accessible raised floor system. Sustainable construction features complying with LEED Silver. Access for persons with disabilities will be provided. Comprehensive interior design and AV services are included. Additionally a separate refabricated Hazardous Material Storage building containing approximately 1,200 SF of enclosed area and 350 SF of open storage area is included. Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The magnitude of construction for this project will be between $10,000,000.00 and $25,000,000.00. All interested firms with 236220 as an approved NAICs code have until 17 February 2020 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Profile - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work as a prime contractor in the area of Building Construction on three (3) recent projects equal to or greater than $7,000,000.00 in value (not more than six (6) years old by the due date of the source sought.) Include the project name and description of the key/salient features of the project (i.e., square footage, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation. Please provide at least one point of contact (with e-mail address and phone number) for project validation. All project examples submitted must be as the prime contractor, Joint Venture or Mentor Prot�g�. Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation, etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the prot�g� firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. If the offeror is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Prot�g� program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the prot�g�. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers � Wilmington District Attn: Cameron Cox E-mail: SAW-CT-Military-Proposals@usace.army.mil Cameron.D.Cox@usace.army.mil The email should be entitled: PN 79439.2 SOF Annex and HAZMAT - Sources Sought_COMPANY NAME_. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d2cb7b8182ce4353b6f37c62894d419e/view)
- Place of Performance
- Address: Fort Bragg, NC, USA
- Country: USA
- Country: USA
- Record
- SN05539826-F 20200123/200121230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |